Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 1
Signature of Bidder ………………………………………………………
Notice Inviting Tender
For
Kitchen Equipments
at
All India Institute of Medical Sciences, Patna
No. DME Stage Start Date & Time
1. NIT No. AIIMS/PAT/ENGG/07/2014-15
2. NIT issue date 13-10-2014
3. Pre bid Meeting 20-10-2014 at 12.00 PM
4. Last Date of submission 03-11-2014 at 3.00 PM
All India Institute of Medical Sciences, Patna Phulwari Sharif, Patna-801505, Bihar
Website-www.aiimspatna.org
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 2
Signature of Bidder ………………………………………………………
NOTICE TENDER
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF KITCHEN EQUIPMENTS
AIIMS, Patna
Date: 13-10-2014
On behalf of the Director, All India Institute of Medical Sciences, Patna tenders in sealed cover are invited under
two-bid system from manufacture and their authorized dealers/ distributors for providing Kitchen Equipment for
AIIMS Patna.
The interested manufactures and their authorized dealers/ distributors are required to submit the technical and
financial bid separately. The bids in Sealed Cover-I containing “Technical Bid” and Sealed Cover-II containing
“Financial Bid” should be placed in a third sealed cover super scribed “Tender For Supply, Installation, Testing and
Commissioning of Kitchen Equipments” at AIIMS Patna and should reach at the office of the “Superintending
Engineer, AIIMS Patna, Phulwari Sharif, Patna-801505 (Bihar), by or before at 03.00 PM on 03-11-2014. The
bid received after due date and time will not be entertained whatsoever may be the reason. The technical bids shall
be opened on the same day at 03.30 PM at AIIMS, Patna. In the event of any of the above mentioned date being
declared as a holiday / closed day, the tenders will be opened on the next working day at the appointed time. The
date of opening of financial bid of technically qualified agencies will be announced later.
The tender document containing technical bid form, financial bid form, technical description/specification & item
and terms & conditions can be downloaded from website www.aiimspatna.org. Demand Draft/Pay Order for
Rs.2000/- (Rupees Two thousand) (non-refundable) in favour of “AIIMS, Patna”, payable at Patna, against cost of
the tender document along with their technical bid in the Cover-I “Technical Bid”. The amount of bid security
(EMD) for Supply, Installation, Testing and Commissioning of Kitchen Equipment of Rs. 2,00,000/- (Rupees
Two Lac Only) of tender documents should be paid by FDR/DD in favour of “AIIMS, Patna” payable at Patna and
will be placed in cover-1 with technical bid. The Tender Documents are not transferable.
Any future clarification and/or corrigendum(s) shall be communicated through Superintending Engineer, AIIMS
Patna (Bihar) website:-www.aiimspatna.org.
Superintending Engineer
AIIMS Patna,
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 3
Signature of Bidder ………………………………………………………
TENDER DOCUMENT
“SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
KITCHEN EQUIPMENTS”
at AIIMS, Patna
TECHNICAL BID
(In separate sealed Cover-I super scribed as “Technical Bid”)
1. For the Supply & Installation of Kitchen Equipments at All India Institute of Medical Sciences
(AIIMS), Patna, Phulwari Sharif, Patna- 801505 (Bihar)
2. Name of Manufacturer/Company/Fir/Agency
and Registration Number
:
3. Name of Proprietor/Director of the
Company/Firm/Agency
:
4. Full Address of Reg. Office (A copy of
Company/Firm/Agency registration must be
enclosed)
:
Telephone Nos.
:
E-mail ID
:
5. Details of Banker of the Firm with full
address
:
Telephone Nos. of Banker
:
6. Bank A/C No. of Firm for ECS payments
:
7. PAN, TIN, TAN, VAT, Service Tax,
Registration No of the Firm (Enclose a copy
of the same)
:
8. Details of Cost of Tender
:
9. Details of EMD
:
10. ISO & Other relevant Certificate Details
(Copy of the same must be enclosed)
:
11. Financial Turnover of the participating Manufacturer/Company/Firm Agency for the last Three
Financial Years which should not be less than Rs. 50 Lac on an average in last three financial years.
The Bidder should also submit self-attested copies of the Income Tax Returns (i.e. for 2011-12,
2012-2013 and 2013-2014) and Audited Annual Accounts for the last Three Financial Years)
(Attach separate sheet if space provided insufficient)
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 4
Signature of Bidder ………………………………………………………
Financial Year Turnover
Amount (Rs. in Lacs)
Remarks, if any
2011-2012
2012-2013
2013-2014
12. Give details of major contracts handled of similar nature (i.e. Supply, Installation, Testing and
Commissioning of Kitchen Equipment) by the tendering manufacturer/Company/Firm/Agency for the last
three years in the following format (enclose the self-attested copies): (if the space provided is insufficient,
a separate sheet may be attached). The bidder should have satisfactorily completed at least one work of
similar nature costing not less than Rs. 12.00 Lac value in the preceding three years.
S. No. Details of client along with
address, telephone numbers and
Fax numbers
Amount of
Contract
(Rs. in Lakh)
Duration of Contract
From To
1
2
3
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 5
Signature of Bidder ………………………………………………………
Declaration by the Bidder
This is to certify that I/We before signing this tender have read and fully understood all the terms
and conditions contained herein and undertake myself/ourselves to abide by them.
Enclosure:-
1. DD/Pay Order (if tender form is downloaded from the website of this Institute)
2. FDR/DD
3. Terms & Conditions (each page must be signed and sealed)
4. Financial Bid
Place : …………………………
Date : ………………………….
(Signature of Bidder with seal)
Name :
Address:
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 6
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
1 Working Table 2 U/S: working table of size 72 x 30 x 34 with 2
Under shelf, each shelf of 16 SWG stainless steel mounted on 14 SWG 1.5”x 1.5”
SS pipe frame work. Lowest shelf at height of 6”. Each shelf fitted with adequate
horizontal supports of 0.75”x 1.5” 16 SWG frame work. PVC shoes fitted into all
four legs. Stainless steel for all items shall be 304 grades.
72 x 30 x 34”H 3 No.
2 Hot Bain Marie with 5 no’s 1x1 Gastro norm Pans With Running Platform:
Hot Bain Marie With 1 Under Shelf and 5 nos. 18 SWG of Size 12 x 24 x 8”H
with Running Platform Size 72 x 16”. Lower Shelf of 16 SWG Stainless Steel
Mounted on 14 SWG 1.5” x 1.5”SS pipe
Framework. Lower Shelf at Height of 6” Fitted with Adequate Horizontal
Supports of 0.75” x 1.5” 16 SWG Frameworks. PVC Shoes fitted into all four
legs.
72 x 30 x 34+72 x 16 3 No.
3 Hot Bain Marie with 10 no’s 1x2 Gastro norm Pans With Running Platform:
Hot Bain Marie With 1 Under Shelf and10 nos. 18 SWG of Size 12 x 12 x 8”H
with Running Platform Size 72 x 16”. Lower Shelf of 16 SWG Stainless Steel
Mounted on 14 SWG 1.5” x 1.5”SS pipe
Framework. Lower Shelf at Height of 6” Fitted with Adequate Horizontal
Supports of 0.75” x 1.5” 16 SWG Frameworks. PVC Shoes fitted into all four
legs.
72 x 30 x 34+72 x 17 3 No.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 7
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
4 Working Table 2 U/S and 1 o/h shelf 18”: Working Table of Size 84 x 30 x 34+6 with 2 Under shelf, each Shelf of 16 SWG
Stainless Steel mounted on 14 SWG 1.5”x 1.5” SS Pipe Framework. Lowest Shelf
at Height of 6”. Each Shelf Fitted with Adequate Horizontal Supports of .75” x
1.5” 16 SWG Frame Work. Overhead Shelf 84”x 18” Fitted on two 1” dia SS pipe
Support on both Sides. PVC shoes Fitted into all Four Lags. Stainless Steel for all
Items Shall be 304 Grade.
84 x 30 x 34+6+84
x18
1 No.
5 Working Table 2 U/S: working table of size 72 x 24 x 34 with 2
Under shelf, each shelf of 16 SWG stainless steel mounted on 14 SWG 1.5”x 1.5”
SS pipe frame work. Lowest shelf at height of 6”. Each shelf fitted with adequate
horizontal supports of 0.75”x 1.5” 16 SWG frame work. PVC shoes fitted into all
four legs. Stainless steel for all items shall be 304 grades.
72 x 24 x 34 1 Nos.
6 SS Tandoor With Wheels:16 G. ss. Top. 150 mm High Rare Side Splash.
Commercial Grade Heavy Duty Tandoor Approx 700 mm Dia x 700mm Height
With 300 mm Dia Mouth. Top and Body Secured To 12 / 25 mm x 75 mm x 25 /
12 mm #1.6 mm Thick SS. Hat Type Welded Channel Frame Work. Exterior # 20
G. SS Cladding Interior # 18 G. M. S Cladding 40mm Thick Miniral Wool
Insulation. Front SS. 4 Nos. Heavy Duty Castor Wheels.
36 x 36 x 36 1 No.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 8
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
7 Working Table 2 U/S: working table of size 60 x 30 x 34+6 with 2 Under shelf, each shelf of 16 SWG
stainless steel mounted on 14 SWG 1.5”x 1.5” SS pipe frame work. Lowest shelf
at height of 6”. Each shelf fitted with adequate horizontal supports of 0.75”x 1.5”.
16 SWG frame work. PVC shoes fitted into all four legs. Stainless steel for all
items shall be 304 grades.
60 x 30 x 34+6 4 No.
8 Working Table 1 U/S: working table of size 54 x 30 x 34+6 with 1 Under shelf, each shelf of 16 SWG
stainless steel mounted on 14 SWG 1.5”x 1.5” SS pipe frame work. Lowest shelf
at height of 6”. Each shelf fitted with adequate horizontal supports of 0.75”x 1.5”.
16 SWG Frame Work. PVC Shoes Fitted Into All Four Legs. Stainless Steel For
All Items Shall Be 304 Grades.
54 x 30 x 34+6 1 No.
9 Hot Plate With Puffer Jali: Hot plate with puffer jali of size 900x750x850+150mm ht. with 1 under shelves,
top mild steel plate 12mm thick, plate size 600x750mm, Puffer Plate Cast iron
with 3mm holes of size 300x600, 5mm thick. Uprights in 35x35x16SWG SS
Pipes, Internal frame in 25x25x3mm SS Angle, 3 Sides cladding in 19SWG 304
grade SS sheet up to 250mm from top plate, 1 U/S in 18 SWG 304 grade SS Sheet
(U/S fitted at 150mm from floor), Provision of Ignition window & oil collection
gutter in SS on 3 sides of plate & 150mm high splash guard on rear, 3 nos V-600
burners, 1 pilot burner, 4 Needle Control Valves, 4 Burner Cu Pigtails & Manifold
System.
36 x 30 x 34+6 2 No.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 9
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
10 Dosa Tawa: Dosa plate of size 42x30x34+6 with 1 under shelves, top mild plate of .5" thick
shelf mounted on 16 SWG 1.5"x1.5" SS pipe framework. Lowest shelf at height
of 6" . Each shelf fitted with adequate horizontal supports of 0.75"x1.5" 16 SWG
framework. PVC shoes fitted into all four legs. Stainless Steel for all items shall
be 304 grade.
42 x 30 x 34+6 1 No.
11 Idli Steamer Electric Cum Gas: Idli Steamer Electric Cum Gas OF Size 30 x 30 x 30+24 with 1 Under shelf,
Lower Shelf Fitted with Adequate Horizontal Supports of 24” Legs of .75” x 1.5”
16 SWG Frame Work. PVC shoes Fitted in to all Four Legs. Stainless Steel For
all Item Shall be 304 Grade.
108 idles 1 No.
12 Working Table with sink and 1 U/S:Working Table with Sink of size 60 x 24 x
34+6 with 1 Under shelf, each shelf of 16 SWG stainless steel mounted on 14
SWG 1.5”x 1.5” SS pipe frame work. Lowest shelf at height of 6”. Each shelf
fitted with adequate horizontal supports of 0.75”x 1.5”. 16 SWG Frame Work.
Size of Sink 18” x 18” x 12”. PVC Shoes Fitted Into all Four Legs. Stainless Steel
for all Items Shall be 304 Grades.
60 x 24 x 34+6 2 Nos.
13 Kitchen Sink: Sink of Size 30 x 30 34+6 with 1 Under shelf, each shelf of 16 SWG stainless
steel mounted on 14 SWG 1.5”x 1.5” SS pipe frame work. Lowest shelf at height
of 6”. Each shelf fitted with adequate horizontal supports of 0.75”x 1.5”. 16 SWG
Frame Work. PVC Shoes Fitted Into all four Legs. Stainless Steel for all Items
Shall be 304 Grade.
30 x 30 x 34+6 1 Nos.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 10
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
14 Four Door Vertical Refrigerator: Four Door Refrigerators Overall Size 60 x 30 x 84”. Inside Covering Made of 24
SWG Stainless Steel Sheet. Outer Side Covering made of 20 SWG Stainless Steel
Sheet. Puff Insulation, Kirloskar Compressor, on/off Switch, Indicator Light,
Subzero Heater etc. SS Wire Mess Shelf.
60 x 30 x 84 3 Nos.
15 2 Burner Gas Cooking Range: 2 Burner Gas Range 60 x 30 x 34+6 with 1 Under shelf, Mounted on 14 SWG
1.5”x 1.5” SS pipe frame work. Lowest shelf at height of 6”. Each shelf fitted with
adequate horizontal supports of 0.75”x 1.5”, 16 SWG Frame Work. PVC Shoes
Fitted Into all four Legs. 2 trays Below Burners 18 SWG SS Stainless Steel for all
Items Shall be 304 Grade.
60 x 30 x 34+6 3 Nos.
16 Storage Racks 5 Shelf SS: Storage Racks 24 x 48 x 72+6, 18 SWG with 1 Under shelf, Mounted on 16 SWG
1.5”x 1.5” SS pipe frame work. Lowest shelf at height of 6”. Each shelf fitted with
adequate horizontal supports of 0.75”x 1.5”, 16 SWG Frame Work. PVC Shoes
Fitted Into all four Legs. Stainless Steel for all Items Shall be 304 Grade.
24 x 48 x 72 5 Nos.
17 Storage Racks 5 Shelf SS: Storage Racks 20 x 36 x 72+6, 18 SWG with 1 Under shelf, Mounted on 16 SWG
1.5”x 1.5” SS pipe frame work. Lowest shelf at height of 6”. Each shelf fitted with
adequate horizontal supports of 0.75”x 1.5”, 16 SWG Frame Work. PVC Shoes
Fitted Into all four Legs. Stainless Steel for all Items Shall be 304 Grade.
20 x 36 x 72 7 Nos.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 11
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
18 Dough Kneading Machine with 5 HP Motor Capacity- 25 Kg Body completely
constructed of heavy duty cast iron with gear box mounted on the top the mixing
bowl of S.S-304 sheet 14 SWG with S.S-304 arm to mix the dough and is
operated electrically with heavy duty motor of 2 HP Motor shall be S1 type of IS :
325 standard (Latest version) and of Kirloskar/ NGEF/ Siemens/ ABB/ GEC/
Crompton Greaves make.
25 Kg. 1 No.
19 Pulveriser with 3 HP Motor Pulveriser 3 HP- Body completely constructed of S.S-304 sheet 14 SWG with and
is operated electrically with heavy duty motor of 3 HP. Motor shall be S1 type of
IS : 325 standard (Latest version) and of Kirloskar /NGEF /Siemens/ ABB/GEC/
Crompton Greaves make.
1 No.
20 Potato Rumbler/ Peeler: Capacity-20 Kg The heavy duty peeling drum is made of 18 SWG. SS sheet on
three nos tiny legs with adjustable bullet feet and a rotating disc of SS sheet being
connected with heavy duty motor of S1 type of IS:325 standard, single/three
phase and of Kirloskar/ NGEF/ Siemens/ ABB/ GEC/ Crompton Greaves make.
Also pasted with emery granules inside the drum and on rotating disc to peel and
fitted with water inlet valve and aluminum casting/SS sheet our pour to extract
peeled potatoes.
25 Kg. 1 Nos.
21 Onion Slicer Onion Slicer Body Completely Constructed of SS 304 Sheet 14 SWG and is
operated electically with heavy duty motor of 1.5 HP Motor shal be Of S1 Type
Of IS:325 Standard, Single/Three Phase And Of Kirloskar/ NGEF/ Siemens/
ABB/ GEC/
1.5 HP 1 No.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 12
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
22 Wet Grinder 15 Litres capacity (tilting facility and cover on Top. Floor mounting Heavy Duty
Body, Grinding Drum : SS 16 gauge Drum, Pestle : Rotating Stoe, 2 HP Motor
( Kirloskar /NGEF /Siemens/ ABB/GEC/ Crompton) with gearbox drive through
V belt arrangement.
15 Litres 1 No.
23 Pot Wash Sink Pot Wash Sink 36 x 36 x 32+6, 16 SWG, Mounted on 16 SWG 1.5 x 1.5 SS Pipe
frameworks, Fitted with adequate horizontal support of .75 x 1.5 16 SWG
framework. PVC Shoes fitted into all four legs. Stainless Steel for all item shall be
304 grade.
36 x 36 x32+6”H 1
24 Working Table with sink and 1 U/S: Working Table with 1 Under shelf 36 x 36 x 32+6, 16 SWG mounted on 16 SWG
1.5”x 1.5” SS pipe frame work. Fitted with Adequate Horizontal supports of
1.5”x 1.5”. 16 SWG Frame Work. PVC Shoes Fitted into all Four Legs. Stainless
Steel for all Items Shall be of 304 Grades.
36 x 36 x 32+6 1 Nos.
25 Dish Washer Hood TypeDish Washer Hood Type SS 304 Made heavy
Structure, Digital thermostat temperature control, minimum 60 cycle / Rack per
Hr. preferred make Hobert, Electrolix, Rhima, IFB
1 No
26 Dish Landing Table With Garbage Chute In front Cover and O/H Shelf: Working Table of Size 48 x 24 x 34+6 with 1 Over Head shelf 48 x 16. 36 x 36 x
34+6, With Garbage Chute and Front Covered 16 SWG, mounted on 16 SWG
1.5”x 1.5” SS pipe frame work. Fitted with Adequate Horizontal supports of
1.5”x 1.5”. 16 SWG Frame Work. PVC Shoes Fitted into all Four Legs. Stainless
Steel for all Items Shall be 304 Grades.
48 x 24 x 34+48 x 16 2 Nos.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 13
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
27 Stainless Steel Dust Bins: Stainless Steel Dustbins 25 kg Capacity Structure Made of 16 SWG Thick SS –
304 Sheet, with Swivelling Wheels 2 Ft Dia + Ht 2.5 feet (excluding Wheels)
24” diameter &
30”high
10 Nos.
28 Exhaust Hood With Filters: Exhaust Hood With Filters of Size 66 x 33 x 24, 18 SWG. Stainless Steel for all
Items Shall be 304 Grade, Complete with Chimney Outlet.
66 x 33 x 24 6 Nos.
29 Exhaust Hood With Filters: Exhaust Hood With Filters of Size 39 x 39 x 24, 18 SWG. Stainless Steel for all
Items Shall be 304 Grade, Complete with Chimney Outlet.
39 x 39 x 24 1 Nos.
30 Store Landing Trolley with Rubber Wheels: Store Loading Trolley with Rubber Wheels of Size 36 x 36 x 34. Base of 1.5” x
1.5” Ms Pipe Frame of 36 x 60”. 6” diameter rubber wheels of good durability,
14 SWG. Stainless Steel for all items shall be 304 Grade.
36 x 60 x 34 2 Nos.
31 Entry Table for Dish Wash with 1 U/s Entry Table for Dish Wash with 1 under shelves of size 36 x 30 x 32+6 with 1
under shelf 36x30 pipe framework, Fitted with adequate horizontal supports of
1.5x1.5” 16 SWG Framework. PVC Shoes. Stainless Steel for all items shall be
304 Grade
36 x 30 x 32+6 1 No.
32 Exit Table with U/s Exit table for dish wash with 1 under shelves of size 36x30x32+6 with 1 under
shelf 36x30, 16 SWG, Mounted on 16 SWG 1.5x1.5 SS Pipe frameworks. Fitted
with adequate horizontal support of 1.5x1.5 16 SWG framework. PVC shoes fitted
into all four legs. Stainless Steel for all items shall be 304 grade.
36 x 30 x32+6 1 No.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 14
Signature of Bidder ………………………………………………………
Sr. Description Size of
Equipment
(In Inches)
Qty. Unit Basis
Unit
Price
(in
Rs.)
Add Applicable Taxes,
Statutory& other exp,
Insurance &
Installation Charges
per Unit
Total
Unit
Price
Including
of Taxes
Total
Amount
Quoted
for
Qty.
33 Water Cooler with RO MachineCompressor: Hermetically Sealed Cooling
Capacity: 150 Ltrs/Hrs. Storage Capacity: 150 Ltrs. Evaporator, Soldered to Tank,
Power Supply 230 Volt AC, Power, Consumption 1200 Watt, Dimension(H X L
X W) (54-60 Inch x 32-40 Inch x 20-26 Inc) Tank Insulation: Puff, Refrigerant:
R-22A, Wight in Kg. 90 Kg. to 100 Kg. with adjustable Thermostat for
Temperature Control, Overload protection on Compressor, Fully Stainless Steel,
Easy to clean type with best Quality RO Machine in Built attachment of approved
make
150 Litres 3 Nos.
34 Water Heater 35 Litre Capacity water heater vertical model 5 star rating PVC body approved
make
35 Litres 3 Nos.
35 Toaster cum salamander 16 Slice Toaster capacity 16 Slice, Inside sheet outer side covering made of 20 SWG
Stainless Steel Sheet/ Glass wool insulation, on/off switch, indicator light etc.
Elect load 3 KW Single Phase, SS Wire mesh removable shelves with backlite
handle.
16 Slice Capacity 3 Nos.
36 Gas bank manifold Gas bank manifold for reticulated LPG gas Supply to all
kitchen equipments as required through copper pipeline, valves, NRVs, all safety
equipments including Shed for Gas bank as per approved specifications of IOC /
any LPG gas supplying agency (except Cylinders) including necessary approval
from IOC /LPG Gas supplying Agency and statutory bodies as required.
10+10 = 20 Cylinder One Set
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 15
Signature of Bidder ………………………………………………………
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 16
Signature of Bidder ………………………………………………………
CHECK LIST OF DOCUMENTS
TO BE SUBMITTED ALONG WITH THE TECHNICAL BID AND FINANCIAL BID
DOCUMENTS REQUIRED TO BE SUBMITTED WITH TECHNICAL BID:-
1. The Cost of Tender Document enclosed in the form of Demand Draft of Rs. 2,000/- (Two
Thousand only) (Non-Refundable) from Scheduled Bank in favour of “AIIMS Patna” payable at
Patna and must accompanied with Technical Bid if the tender document downloaded from the
website.
2. EMD of Rs. 2,00,000/- (Two Lac Only) in the form of Demand Draft from Scheduled Bank in
favour of “AIIMS Patna”, payable at Patna and must accompanied with Technical bid.
3. Details of Organization as per format enclosed herewith. Filled in form must be kept on top of the
documents with the Technical Bid.
4. The entire tender notice duly signed, stamped and page numbering on each page of the same.
5. Technical capability of manufacture/supplier/company/agency as mentioned in the tender
document within a short period (maximum - 45 days). A copy confirming the terms of supply
should be attached.
6. Proof of completion of similar nature and magnitude's work as under minimum qualification
requirement. Copy of the Purchase Order and completion certificate must be attached.
7. Status of the firm regarding quality certification (ISO certification). Copy of the ISO certificates is
to be attached.
8. List of reputed Organization/Institute where similar orders have been executed. Copy of the
purchase orders are to be attached.
9. Copy of the valid PAN Card, Sales Tax, VAT Registration certificates along with the copy of the
return of the Sales Tax and VAT for the last financial year.
10. Audited Financial Statement and IT Return for the financial year : 2011-2012, 2012-2013 and
2013 - 2014.
11. A Certificate/Undertaking on the letter head of the Company to the effect that the bidder/
Manufacturer must not have incurred any loss in more than two (2) years during the last five (5)
years ending on 31st March 2014.
12. Details and nature of the maximum warranty period offered by the bidder. A declaration is to be
attached on the letter head of the firm.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 17
Signature of Bidder ………………………………………………………
13. An Affidavit duly Notarized on Stamp Paper worth of Rs. 50/- in clear and un-ambiguous
language that the Bidder has never been black listed/no criminal case pending by any of the
organization with whom, it had dealing for Supply, Installation, Testing and Commissioning of
similar Kitchen Equipment during last three years nor has been penalized for inferior or poor
quality in Supply, Installation, Testing and Commissioning of Kitchen Equipment must be
accompanied with Technical Bid Envelope.
DOCUMENTS REQUIRED TO BE SUBMITTED WITH FINANCIAL BID
The tendering Firm/manufacture/Agency/Company may quote their rates for all the items as per
the list and specification laid down in Financial Bid, failing which their bids shall be out rightly rejected.
Financial Bid must be kept in separate sealed super-scribed envelope “Financial Bid for Supply,
Installation, Testing and Commissioning of Kitchen Equipment to AIIMS Patna”.
The tender should be submitted under Two Bid System. The Interested firms/agencies are advised
to submit two separate envelopes super-scribing “Technical Bid for Supply, Installation, Testing and
Commissioning of Kitchen Equipment to AIIMS Patna” and “Financial Bid for Supply, Installation,
Testing and Commissioning of Kitchen Equipment to AIIMS Patna”. Both sealed envelopes should be
kept in a third bigger sealed envelope super-scribed with the words “Tender for Supply, Installation,
Testing and Commissioning of Kitchen Equipment to AIIMS Patna”.
Special Note:
1. The bidder must submit above documents duly attested by them with signature, page numbering
and seal of the firm on each page of every document. In the event of non-receipt of any of the
above Technical Bid, it will be presumed that the bidder could not fulfill that documents with the
particular criteria and hence the bidder will be disqualified from the process. Any paper relating to
the above documents will not be received during the Technical Bid meeting. Further, any separate
correspondence in the matter shall also not be entertained.
2. During evaluation of the Technical Bid, the Committee as would be constituted for the purpose
will scrutinize the documents mentioned above and may forward any or all the documents to the
concerned authorities for verification and authentication. In case of any document(s) as submitted
by the bidder found/reported to be fake, the bidder will be out of the tendering process besides any
legal action that may be initiated against the bidder, as per existing rules. Further, the Committee
may visit the sites of the bidder to inspect sites at present contract(s) to receive on the spot
information regarding the quality of services provided, etc.
3. Besides, scrutinizing the documents submitted with the Technical Bid, the bidder will be
interviewed by the Committee to assess the eligibility, capability and suitability of the bidder. As
such, the presence of the bidder or any authorized representative of the bidder in the Technical Bid
meeting is a MUST.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 18
Signature of Bidder ………………………………………………………
“SUPPLY, INSTALLATION, TESTING AND COMMISSIONING
OF KITCHEN EQUIPMENTS” AIIMS, Patna
Terms & Conditions
(A) INFORMATION AND CONDITIONS RELATING TO SUBMISSION OF BIDS
1. The tender document containing eligibility criteria, scope of work, terms & conditions and draft
agreement can be downloaded from website www.aiimspatna.org.Those who download the tender
document from Website should enclose a Demand Draft/Pay Order for Rs 2000/-(Rupees Two
Thousand only) in favour of “AIIMS, Patna”, payable at Patna, not later the date of 03-11-2014,
along with their bid in the Cover-I containing “Technical Bid”.
2. The interested manufacture/firms/suppliers are required to submit the Technical and Financial
Bids separately in the format enclosed. The bids in sealed Cover-I containing “Technical Bid” and
sealed Cover-II “Financial Bid” should be placed in a separate sealed covers super scribed
“Tender for Supply, Installation, Testing and Commissioning of Kitchen Equipment” should reach
AIIMS, Patna by or before 03.00 PM on 03-11-2014. The Technical bids shall be opened on same
day at 03.30 PM at AIIMS, Patna in presence of the bidders or their authorized representatives
who choose to remain present. The Tender received after due date & time will be rejected and no
claim shall be entertained whatsoever may be the reason.
3. The bidders are required to submit their query in writing before 20-10-2014 to SE, AIIMS Patna,
if any.
4. All the duly filled/completed pages of the tender should be given serial /page number on each
page and signed by the owner of the firm or his Authorized signatory. In case the Authorized
signatory signs the tenders, a copy of the power of attorney/authorization may be enclosed along
with tender. A copy of the terms & conditions shall be signed on each page and submitted with the
technical bid as token of acceptance of terms & conditions. Tender with unsigned
pages/incomplete/partial/part of tender if submitted will be rejected out rightly
5. All entries in the tender form should be legible and filled clearly. If the space for furnishing
information is insufficient, a separate sheet duly signed by the authorized signatory may be
attached. No overwriting or cutting is permitted in the Technical Bid as well as Financial Bid
unless authenticated by full signature of bidder. Any omission in filling the columns of Financial
Bid shall debar a tender from being considered. Rates should be filled up carefully by the Bidder.
All Corrections in this schedule must be duly attested by full signature of the Bidders. The
corrections made by using fluid and overwriting will not be accepted and tender would be
rejected.
6. The bidder shall pay an amount of Rs. 2,00,000/- as Bid Security (EMD) along with the Technical
Bid in the form of FDR/DD/BG in favour of “AIIMS, Patna” drawn on Scheduled Bank and
payable at Patna and must be valid for (6) six months. Bids received EMD shall stand rejected and
thus shall not be considered for evaluation etc. at any stage. The original EMD will be put in
cover-I containing Technical bid.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 19
Signature of Bidder ………………………………………………………
a. The Public Sector Undertaking of the Central/State Govt. are exempted from furnishing
Earnest Money along with tender.
b. The firms Registered with DGS & D / SSI and any approved source of Centre/States Govt.
are not exempted from furnishing Earnest Money in so far as this institute is concerned.
c. Earnest Money deposited with AIIMS, Patna in connection with any other tender enquiry
even if for same/similar material / Stores by the Bidder will not be considered against this
tender.
7. The bid security (EMD) without interest shall be returned to the unsuccessful bidders after
finalization of contract.
8. The successful bidders has to constitute a contract on Indian Non Judicial stamp paper of Rs.100/-
(Rupees one hundred only) and also required to furnish the security deposit @ 10% of contract
value in the form of FDR/DD/BG of nationalized bank in favour of AIIMS, Patna & payable at
Patna only. This deposit will be valid till 60 days beyond the completion of the warranty period. If
the successful bidder fails to furnish the full security deposit within 15 (fifteen) days after the
issue of Letter of Award of Work, his bid security (EMD) shall be forfeited unless time extension
has been granted by AIIMS, Patna.
9. The EMD shall be forfeited if successful bidder fails to supply the goods/equipment in stipulated
time or fails to comply with any of the terms & conditions of the contract or fail to sign the
contract.
10. The bid shall be valid and open for acceptance of the competent authority for a period of 180 (one
hundred eighty) days from the date of opening of the tenders and no request for any variation in
quoted rates and / withdrawal of tender on any ground by bidders shall be entertained.
11. To assist in the analysis, evaluation and computation of the bids, the Competent Authority, may
ask bidders individually for clarification of their bids. The request for clarification and the
response shall be in writing but no change in the price or substance of the bid offered shall be
permitted.
12. After evaluation, the work shall be awarded normally to the Agency fulfilling all the conditions
and who has quoted the lowest rate as per financial bid after complying with the all the Acts /
provisions stated / referred to for adherence in the tender.
13. The competent authority of AIIMS, Patna reserved all rights to accept or reject any/ all tender(s)
without assigning any reason. It can also impose/relax any term and condition of the tender
enquiry after due discussion in pre bid conference. This will be communicated to all Bidders in
writing. AIIMS, Patna also reserves the right to reject any bid, which in his opinion is non-
responsive, or violating any of the conditions/specifications without any liability to any loss
whatsoever it may cause to the bidder in the process.
14. Tender must be submitted on the prescribed Tender Form otherwise tender will be cancelled
straightway.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 20
Signature of Bidder ………………………………………………………
15. Canvassing in any form is strictly prohibited and the Bidder who are found canvassing are liable
to have their tenders rejected out rightly.
(B) OTHER TERMS & CONDITIONS OF THE TENDER
1. Rates quoted should be inclusive of all applicable taxes, packing, forwarding, postage and
transportation charges at FOR AIIMS Patna.
2. All the rates should be mentioned in Indian National Currency (INR) only. The rates quoted in
foreign currency will not be entertained in this tender enquiry & such tenders will be cancelled
straightway.
3. Rates should be mentioned both in figures and in words. The offer should be typed or written in
Ink Pen/ Ball Pen without any correction. Offers in pencil will be cancelled. Telegraphic/ Telex/
Fax offers will not be considered and cancelled straightway.
4. The Bidder can quote any of the items or all the items. AIIMS Patna reserves the right to award
the work to one firm on consolidate L-1 rate or more than one firms on individual L-1 rates.
5. The supplier shall submit a notarized affidavit on Indian Non Judicial Stamp Paper of Rs.10/- that
you have not quoted the price higher than previously supplied to any government
Institute/Organization/reputed Private Organization or DGS&D rate in recent past. Therefore, if at
any stage it has been found that the supplier has quoted lower rates than those quoted in this
tender, the Institute (the purchaser) would be given the benefit of lower rates by the Supplier. If
such affidavit is not submitted, tender will be out rightly rejected.
6. If the prices of the contracted articles is/ are controlled by the Government, in no circumstances
the payment will be higher than the controlled rate.
7. Tender will be regarded as constituting an offer open to acceptance in whole or in part at the
discretion of the competent authority of the institute for a period of 180 days (6 months) valid
from the date of opening of the tender by the committee.
8. The time for the date of delivery/ dispatch stipulated in supply order shall be deemed to be essence
of the contract and if the supplier fails to deliver or dispatch any consignment within the period
prescribed for such delivery or dispatch in the supply order, liquidated damages may be deducted
from the bill @ 0.5% per week subject to maximum of 10% of the value of the delayed goods or
services under the contract. After that period the competent authority of the institute may also
cancel the supply. In such a case, bid security of the supplier shall stand forfeited.
9. In case the quality of goods supplied are not in conformity with the standard given in tender and
as per the samples supplied or the supplies are found defective at any stage these goods shall
immediately will be taken back by the supplier and will be replaced with the tender quality goods,
without any delay. The competent authority reserves all rights to reject the goods if the same are
not found in accordance with the required description / specifications and liquidates damages shall
be charged.
10. In case the Bidder on whom the supply order has been placed, fails to made supplies within the
delivery schedule and the purchaser has to resort risk purchase, the purchaser (AIIMS, Patna) may
recover from the tender the difference between the cost calculated on the basis of risk purchase
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 21
Signature of Bidder ………………………………………………………
price and that calculated on the basis of rates quoted by Bidder. In case of repeated failure in
supplying the order goods the supply order may be cancelled and bid security deposit will be
forfeited
11. The Specification and quantity of the item needed is mentioned in Financial Bid but it is
approximate detail and is subject to increase/decrease at the discretion of the competent authority
of AIIMS, Patna. The payment would be made for actual supply taken and no claim in this regard
should be entertained.
12. Where the specifications are as per Bidder’s range of product & Bidder’s offer should mention
that the item meets all specifications as per the tender enquiry and if there are
improvements/deviations the same should be brought out on separate Letter Head of the firm. It
would be discretion of the competent authority of the institute to accept or reject such deviations
which are not in accordance with our required specifications.
13. It must be mentioned clearly whether Bidder is a manufacturer/sole distributor/sole
agent/company/firm for the items for which he is quoting.
a. Manufacturer must add a certificate that item(s) is manufactured by them as per range of
products.
b. Sole Manufacturers must add a certificate that they are the sole manufacturer of the Item
for which they are quoting in this tender enquiry & item is /are their proprietary Item in
India. The rate certificate is also required from the sole manufactures that the Rates quoted
are the same as they quote to other State/Centre Govt./reputed Private Organisation and
DGS&D rate for the similar item(s) and these are not higher than those quoted by them.
c. Authorized agents must add authority letter from their Manufacturer / Principals on the
letter head of the manufacturer / principals in proforma given in attach duly supported by a
notarized affidavit on Indian Non Judicial Stamp Paper of Rs.10/- (Rupees ten only) that
they are quoting Rates on behalf of them. The authorization letter must give/mention the
purpose for which it is allowed. The validity period of the authorization letter must be
mentioned in the authority letter otherwise tender will be liable to rejection.
14. The Bidders should furnish a copy of S.T./C.S.T./VAT registration number, the State / U.T. of
registration and the date of such registration. Tenders not complying with this condition will be
rejected.
15. The Bidders should submit along with the tender, a Photostat copy of the last Income Tax Return
and copy of current valid Income Tax Clearance Certificate (IT CC) otherwise tender may be
ignored.
16. In case asked, Bidder must personally supply a sample/give the demonstration of the
Equipment/Instruments to the competent authority of the institute and in that case all the expenses
will be borne by the supplier.
17. Full description & specifications, make/brand and name of the manufacturing firm must be clearly
mentioned in the tender, failing which the tender will not be considered. The Bidder must also
mention whether the goods are imported/indigenous. Descriptive literature/catalogues must be
attached with the tender in original failing which tender may be ignored.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 22
Signature of Bidder ………………………………………………………
18. Any failure or omission to carryout of the provisions of this supply by the supplier shall not give
rise to any claim by supplier and purchaser one against the other, if such failure or omission arise
from an act of God which shall include all acts of natural calamities from civil strikes compliance
with any status and or requisitions of the Government lockout and strikes, riots, embargoes or
from any political or other reasons beyond the suppliers control including war (whether declared
or not) civil war or state of incarceration provided that notice of the occurrence of any event by
either party to the other shall be within two weeks from the date of occurrence of such an event
which could be attributed to force majeure.
19. The Courts at Patna (Bihar) alone and no other Court will have the jurisdiction to try the matter,
dispute or reference between the parties arising out of this tender/supply order/contract.
20. If at any time, any question, dispute or difference whatever shall arise between supplier and the
institute (Purchaser) upon or in relation to or in connection with the agreement, either of the
parties may give to the other notice in writing of the existence of such a question, dispute or
difference and the same shall be referred to two arbitrators one to be nominated by the institute
(Purchaser) and the other to be nominated by the supplier. Such a notice of the existence of any
question dispute or difference in connection with the agreement shall be served by either party
within 60 days of the beginning of such dispute failing which all rights and claims under this
Agreement shall be deemed to have been forfeited and absolutely barred. Before proceeding with
reference the arbitrators shall appoint/nominate an umpire. In the event of the arbitrators not
agreeing in their award the Umpire Appointed by them shall enter upon the reference and his
award shall be binding on the Parties. The venue of the arbitration shall be at Patna, (Bihar, India).
The arbitrators/Umpire shall give reasoned award.
21. The supplier should mention the compliance to the specification in the technical bid of the tender
document failing this, the bid document will be disqualified.
22. Supply of equipment, goods and services should be completed within 6 weeks from the date of
supply order otherwise liquidated damage at the rate of 0.5% per week will be imposed .
Purchaser will place order by fax &/or e-mail &/or speed post.
I / We hereby accept the terms and Conditions given in the tender
----------------------------------------------
(Signature & Stamp of the bidder)
Note- Please sign each page of document including terms & conditions & tender.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 23
Signature of Bidder ………………………………………………………
Contract Form (To be made on Rs 100.00 Non Judicial Stamp/E Stamp Paper)
DRAFT AGREEMENT FORMAT
This agreement is made at Patna on the ____________day of ____________ Two Thousand Fourteen
between ________________________acting through Shri ____________________________________,
All India Institute of Medical Sciences (AIIMS), Patna, Phulwari Sharif, Patna-801505 (Bihar)
(hereinafter called ‘Client’ which expression shall, unless repugnant to the context or meaning thereof be
deemed to mean and include its successors, legal representatives and assigns ) of the First Part.
Second Part
M/s____________________________________________________, having its registered office
at____________________________________________ (hereinafter called the ‘Agency’ which
expression unless repugnant to the context shall mean and include its successors-in-interest assigns etc.)
of the Second Part.
WHEREAS the ‘Client’ is desirous to engage the ‘Agency’ for Supply, Installation, Testing and
Commissioning of Kitchen Equipment to AIIMS Patna as per the terms and conditions stated below:-
1. Work Order for Kitchen Equipment Supply, Installation, Testing and Commissioning shall be
placed on requirement basis. Bills in triplicate for the items supplied and installed by the selected
Agency should be raised for payment. Payment shall be released after deducting TDS as per
Income Tax Rules and any other deductions as per Government rules and payment shall be
released only after it is ensured that the items/quantity and quality of items supplied are to the
entire satisfaction of this office. If any items are found to be defective, or not of the desired quality
etc., the same shall be replaced by the selected Agency immediately for which no extra payment
shall be made.
2. If the selected Agency fails to deliver the Kitchen Equipment or replace the defected/spurious
Equipment within the stipulated date & time, a penalty @0.5% per week or part thereof in respect
of the value of the stores will be deducted from the bill subject to a maximum of @10% of the
Total cost. Alternately, the Work/Purchase Order will be cancelled and the undelivered items will
be procured from elsewhere at the risk and expenses of the agency, the actual cost paid to be an
outside agency by the All India Institute of Medical Sciences (AIIMS) Patna, for the desired
Kitchen Equipments, shall be deducted from the selected firm’s pending bills or Performance
Security, as the case may be.
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 24
Signature of Bidder ………………………………………………………
3. The Agency shall be bound by the details furnished by him/her to the AIIMS Patna while
submitting the tender or at subsequent stage. Upon selection of the Agency, if at any stage, the
documents furnished by him/her is found to be false or the quality of the Equipment or rates are
found of poor quality/ different specifications, it would be deemed to be a breach of terms of
contract, the contract shall be cancelled and performance security shall be stand forfeited.
4. The rate quoted by the selected Agency, and as approved by the AIIMS Patna, shall remain valid
throughout the period of contract and the request to increase the rates for any or all items, during
the currency of contract, shall not be entertained at any stage.
5. The selected Agency shall not be allowed to transfer, assign, pledge or sub contract its rights and
liabilities under this contract to any other agency/ies without prior written consent of the AIIMS
Patna. If it is found that the firm has given sub-contract for Supply, Installation, Testing and
Commissioning of Kitchen Equipment on the basis of procurement/ supply order, the contract
shall stand cancelled & the performance security shall stand forfeited.
6. AIIMS Patna shall not be responsible for any financial loss or other damaged or injury to any item
or person deployed/supplied by the successful bidder in the course of their performing the duties
to this office in connection with purchase order/supply order for Supply, Installation, Testing and
Commissioning of Kitchen Equipment.
7. The Competent Authority of AIIMS Patna reserves the right to relax/withdraw any of the terms
and conditions mentioned in the tender documents, if doing so is in the interest of the AIIMS
Patna.
8. The rate quoted by the Agency should not be higher than the rates at which the Kitchen
Equipment are being supplied and installed by it to other Govt. Institutes/Ministries/Departments.
If subsequently it is found that the firm has supplied and installed the Kitchen Equipment at higher
rates to the AIIMS Patna, the excess amount shall be recovered from the Performance Security of
the firm.
9. Any complementary scheme offered by the manufacturer shall be provided to the AIIMS Patna
with no additional cost.
10. The contract shall be for a period of 90 days from the date of award of contract or as indicated in
the letter communicating award of contract to the selected firm.
The AIIMS Patna reserves the right to place an order for Supply, Installation, Testing and
Commissioning of any items mentioned in the Financial Bid or otherwise, to any other firms(s) in
emergency/unavoidable situation i.e. auxiliary/ancillary/incidental to “Dictionary meaning” of Kitchen
Equipment.
THIS AGREEMENT will take effect from _______________ day of _________________Two Thousand
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 25
Signature of Bidder ………………………………………………………
Fourteen IN WITNESS WHEREOF both the parties here to have caused their respective common seals to
be hereunto affixed / (or have hereunto set their respective hands and seals) the day and year mentioned
above in Patna in the presence of the witness
For and behalf of the ‘Agency’
Signature of the authorized Official
Name of the Official
Stamp /Seal of the “Agency”
SIGNED, SEALED AND DELIVERED
By the Said
___________________________ Name
On behalf of the ‘Agency”
In presence of
Witness: ________________________
Name: ________________________
Address: ________________________
______________________________
______________________________
For and behalf of the ‘AIIMS Patna’
Signature of the authorized Officer
Name of the Officer
By the Said
___________________________ Name
On behalf of the ‘AIIMS Patna’”
In presence of
Witness: ________________________
Name: ________________________
Address: ________________________
______________________________
______________________________
Tender Enquiry No. AIIMS/PAT/ENGG/07/2014-15
Page 26
Signature of Bidder ………………………………………………………
Format of Performance Bank Guarantee
(To be made on Rs 100.00 Non Judicial Stamp/E Stamp Paper)
To,
The “Director”,
All India Institute of Medical Sciences (AIIMS), Patna,
Phulwari Sharif, Patna-801505 (Bihar)
WHEREAS _______________________________________ (Name and address of the supplier) (Hereinafter
called “the Agency”) has undertaken, in pursuance of contract no______________________________dated
_____________ to Supply, Installation, Testing and Commissioning of Kitchen Equipment (description of goods
and services) (herein after called “the Agency”).
AND WHEREAS it has been stipulated by you in the said contract that the Agency shall furnish you with a bank
guarantee by a scheduled commercial bank recognised by you for the sum specified therein as security for
compliance with its obligations in accordance with the contract;
AND WHEREAS we have agreed to give the Agency such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the Agency, up
to a total of. ________________________ (Amount of the guarantee in words and figures), and we undertake to
pay you, upon your first written demand declaring the Agency to be in default under the contract and without cavil
or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Agency before presenting us with the
demand.
We further agree that no change or addition to or other modification of the terms of the contract to be performed
there under or of any of the contract documents which may be made between you and the Agency shall in any way
release us from any liability under this guarantee and we hereby waive notice of any such change, addition or
modification.
This guarantee shall be valid up to 15 (Fifteen) months from the date of issue (indicate date) ……………………
valid up to …………………………………..
……………………………..…………………………….
(Signature with date of the authorized officer of the Bank)
…..………………………………………………………….
Name and designation of the officer
….………………………………………………………….
….………………………………………………………….
Seal, name & address of the Bank and address of the Branch
Top Related